HomeMy WebLinkAboutprevious legislationJ-03-205
03/24/03
RESOLUTION NO. 0 3— 298
A RESOLUTION OF THE MIAMI CITY COMMISSION BY
A FOUR -FIFTHS (4/5"I3) AFFIRMATIVE VOTE, AFTER
AN ADVERTISED PUBLIC HEARING, RATIFYING,
APPROVING AND CONFIRMING THE CITY MANAGER'S
FINDING OF SOLE SOURCE; WAIVING THE
REQUIREMENTS FOR COMPETITIVE SEALED BIDDING
PROCEDURES AND APPROVING THE PROCUREMENT OF
LIFEPAK DEFIBRILLATOR/MONITORS AND
ACCESSORIES, FOR THE DEPARTMENT OF
FIRE -RESCUE FROM MEDTRONIC PHYSIO-CONTROL
CORPORATION, THE SOLE SOURCE PROVIDER OF THIS
EQUIPMENT, ON A CONTRACT BASIS FOR A ONE-YEAR
PERIOD, WITH THE OPTION TO EXTEND FOR TWO
ADDITIONAL ONE-YEAR PERIODS, IN AN ESTIMATED
ANNUAL AMOUNT OF $89,479.75, FOR A TOTAL
CONTRACT AMOUNT NOT TO EXCEED $268,439.25;
ALLOCATING FUNDS FROM THE "MIAMI-DADE COUNTY
EMS GRANT (FY '2001-02)," PROJECT NO. 104014,
ACCOUNT CODE NOS. 280777.6.840 ($70,000) AND
280774.6.840 ($19,479.75), SUBJECT TO
AVAILABILITY OF FUNDS.
WHEREAS, the Department of Fire -Rescue ("Fire -Rescue") has a
need to establish a contract with a reliable source for the
procurement of Lifepak Monophasic defibrillators/monitors and
accessories to support Fire -Rescue's day-to-day operations; and
WHEREAS, since 1984, Fire -Rescue has used various medical
equipment provided by Medtronic Physio-Control Corporation
("Medtronic"), as a sole source provider, and has also maintained
CITY COMMISSION
MEETING OF
MAP 2 7 21103
Resolution No.
03- 298.
`an equipment maintenance and service -agreement with Medtronic;
and
WHEREAS, extensive field tests of comparable equipment on
the market have conclusively proven the superior function and
reliability of Medtronic products; and
WHEREAS, the required cardiac monitoring and accessories are
fully compatible with the systems currently used by Fire -Rescue;
and
WHEREAS, the Chief Procurement Officer has adopted a finding
that Medtronic is the only provider of the requested equipment in
this service area; and
WHEREAS, the finding of the Chief Procurement Officer has
been approved and adopted as the finding of the City Manager; and
WHEREAS, the City Manager and the Chief of Fire -Rescue
recommend that the requirements for competitive formal sealed
bids ibe waived and the procurement of the above service as
specified be approved;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are adopted by reference and
incorporated as if fully set forth in this Section.
Page 2 of 4
03- 298
Section 2. By a four -fifths - 14/5ths) affirmative vote,
after an advertised public hearing, the City Manager's finding of
sole source is ratified, approved and confirmed, the requirements
for competitive sealed bidding procedures are waived, and the
procurement of Lifepak Monophasic defibrillator/monitors and
accessories is approved for the Department of Fire -Rescue from
Medtronic Physio-Control Corporation, the sole source provider of
this equipment, on a
the option to extend
contract basis for a one-year period, with
for two additional one-year periods, in an
estimated annual amount of $89,479.75, for a total contract
amount not to exceed $268,439.35, with funds allocated from the
"Miami -Dade County EMS Grant (FY '2001-02)", Project No. 104014,
Account Code Nos. 280777.6.840 ($70,000) and 280774.6.840
($19,479.75), subject to availability of funds.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.'"
1/
If the Mayor does not sign this Resolution, it shall become
effective at the end of ten calendar days from the date it was
passed and adopted. If the Mayor vetoes this Resolution, it shall
become effective immediately upon override of the veto by the
City Commission.
Page 3 of 4
0.3- 298
PASSED.AND ADOPTED this 27th
ATTEST:
iSCI
APPROVED FORM AND/2bRRECTNESS:
EJANDRO VILARELLO
'� CI ATTORNEY
/ 994:tr:AS:ESS
-day of March , 2003.
MANUEL A. DIAZ, MAYOR
P LLA A. THOMPSON
CITY CLERK
Page 4 of 4
03- 298